Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOLICITATION NOTICE

66 -- Optical Table with Actively Controlled Vibration Isolation

Notice Date
7/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-03-Q-0669
 
Response Due
7/29/2003
 
Archive Date
8/13/2003
 
Point of Contact
Erin Hawley, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
Erin.Hawley@nist.gov, Patrick.Staines@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST), has a requirement for one (1) Optical Table with Actively Controlled Vibration Isolation to be used as part of a very low-frequency vibration calibration system capable of determining the sensitivity of vibration transducers at frequencies on the order of tenths of hertz. The Optical Table with Actively Controlled Vibration Isolation must be compatible for use with other components of the calibration system including: two shakers capable of producing a maximum acceleration in excess of 0.1 meters per second-squared at 0.2 Hz and each with either 6 inch or 6.25 inch peak-to-peak strokes, a transverse electodynamic driver, and a load mounting table supported by air bearings; an inertial granite block, on which to mount the shakers, with dimensions of approximately 36 inches deep x 24 inches wide x 36 inches high and weighing approximately 3,000 lbs; and a heterodyning interferometer that is to be mounted on the optical table obtained under this solicitation and used to determine the position and motion of the mounting tables of the shakers. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity one (1) each Optical Table with Actively Controlled Vibration Isolation with the following required specifications and capabilities: 1. 4 foot x 4 foot x 12 inch thick, damped honeycomb core tabletop, having the lowest mechanical resonance greater than, or equal to, 400 Hz, and tapped holes on 1-inch centers, with a 1/4 inch diameter, and with 20 threads per inch; 2. Four (4) actively controlled isolators supporting the working surface of the table top at a height of approximately 36 inches above the finished floor; 3. Vertical and Horizontal Transmissibility: less than, or equal to, 1 at frequencies equal to, or greater than, 0.5 Hz; 4. 6 Degree-of-Freedom (DOF) level and position control; 5. Position Control Accuracy: less than, or equal to, two (2) micrometers peak-to-peak; 6. Noise Floor: less than 100 nanometers per root hertz at frequencies equal to, or greater than, 0.5 Hz; 7. Feed-forward control using both the floor vibration and the drive signal to the low frequency shaker at frequencies of at least 0.5 Hz and greater; 8. Complete on-site assembly and installation, to be coordinated with the Requisitioner, and completed not later than March 2004. Acceptance will consist of performance verifications, to be conducted at NIST, of transmissibility as a function of frequency, position accuracy, and noise floor as a function of frequency of the vibration-isolated optical table. 9. Transducer and Software Capabilities: **Measure, and graphically display, in three (3) dimensions, via CRT, the transfer function between the floor and the tabletop and the vibration of the table in the time and frequency domains; **Log events based on the vibration of the table with the functional capability to allow the user to define which events are to be logged and the ability to write events to the screen of a CRT, as well as to an involatile medium such as a hard drive or CD. ****DELIVERY SHALL BE FOB DESTINATION. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The Contractor shall deliver to NIST, Building 218, Gaithersburg, MD 20899-0001. Delivery and installation of the Optical Table is contingent upon installation of existing equipment into a new laboratory currently under construction. Estimated timeline for installation of existing equipment is March 2004. Delivery and installation of the optical table shall be completed on a date and time as mutually agreed upon between the Government and the Contractor. The Government will notify the Contractor within a reasonable amount of time for the Contractor to complete production of equipment and schedule delivery and installation. The total period of performance for delivery and installation of the Optical Table shall not exceed one (1) year from the date of award. All specifications shall be successfully demonstrated before final acceptance and final payment by the Government. Warranty shall commence upon final acceptance by the Government. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable vibration isolated optical tables for the types of applications described herein. Information on past experience may be obtained from references. ****The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Clauses: 52.212-4, Contract Terms and Conditions?Commercial Items: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: (13) 52.212-3 Convict Labor; (14) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) (i) 52.225-3, Buy American Act?North American Free Trade Agreement?Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note)with Alternate I; (24) 52.225-13, Restrictions on Certain Foreign Purchases; (30) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Hawley, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ****Submission must be received by 3:00 p.m. local time on July 29, 2003. FAXED AND EMAILED QUOTATIONS WILL NOT BE ACCEPTED.
 
Place of Performance
Address: ADMINISTRATION: NIST, Building 301 Shipping and Receiving, Gaithersburg, MD, , DELIVER TO: NIST, Building 218 AML, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00371414-W 20030717/030715213242 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.